Brandywine HVAC Replacement
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159851122399445 |
Posted Date: | Mar 18, 2024 |
Due Date: | Mar 24, 2024 |
Source: | https://sam.gov/opp/9e940e5bde... |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Mar 18, 2024 12:52 pm EDT
- Original Response Date: Mar 24, 2024 04:30 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Apr 08, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: N041 - INSTALLATION OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
-
NAICS Code:
- 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
-
Place of Performance:
Andrews AFB , MD 20762USA
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION AND MARKET RESEARCH PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
Andrews Air Force Base anticipates a requirement that is being considered under a small business set-aside program, but all business types are welcome to provide a response. The North American Industry Classification Systems (NAICS) Code proposed is 333415 The size standard is 1,250 employees.
The purpose of this procurement is to:
1. Disconnect, remove, and dispose of (2) existing Trane indoor and outdoor sections heat pump systems and install new Trane indoor and outdoor sections of heat pumps with specs to match existing equipment in same location as existing units with 407C refrigerant specifications.
2. Disconnect, remove, and dispose of (2) existing Liebert condensers and furnish and install new Liebert condensers with specs that match existing equipment.
All installation must be done in accordance with manufacturer maintenance guidelines and to the standards required in this SOW. Please review the attached SOW for additional requirements to determine if your company is capable of meeting this requirement.
Reponses to this Sources Sought request should reference “Brandywine HVAC Replacement “and shall include the following information in this format:
1. Company name, address, point of contact name, phone number, fax number and email address.
2. Unique Entity ID, Contractor and Government Entity (CAGE) Code. GSA contract number, if applicable.
3. Size of business – Large Business, Small Business, Small Disadvantaged, 8(a), Hub-zone, Woman-owned and/or Service-Disabled Veteran-owned. A copy of SAM.GOV active registration. Must reflect Commercial and Government Entity, and Reps/Certs.
4. Capability statement displaying the contractor’s ability to provide the products or services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this Sources Sought.
5. NOTE: The Government is still determining the acquisition strategy. If this acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14.
If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.
NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
All responses to this notice are to be submitted by 04:30 PM Eastern Standard Time, on 24 March 2024. Responses will be accepted via electronic means only to. elaine.crump.ctr@us.af.mil and alexis.huggins@us.af.mil.
- CP 240 612 5676 1349 LUTMAN DR
- JB ANDREWS , MD 20762-7001
- USA
- Elaine Crump
- elaine.crump.ctr@us.af.mil
- Phone Number 2406121342
- Alexis Huggins
- alexis.huggins@us.af.mil
- Phone Number 2406123997
- Mar 18, 2024 12:52 pm EDTSources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.